last date :- 12-01-2017 upto 03:00

48

Upload: lelien

Post on 02-Jan-2017

228 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Last Date :- 12-01-2017 upto 03:00
Page 2: Last Date :- 12-01-2017 upto 03:00
Page 3: Last Date :- 12-01-2017 upto 03:00

UTTARAKHAND AYURVED UNIVERSITY, DEHRADUN

“NOTICE INVITING TENDER FOR SUPPLY OF MEDICAL EQUIPMENTS"

Uttarakhand Ayurved University, Dehradun invites bids for Supply of Medical Equipments form reputed companies/firms/individuals/societies etc. those are in the business for the last three years. Accordingly, sealed tenders are invited latest by 12.01.2017 up to 03:00 PM.

2. The interested Companies/Firms/Agencies may send their bid complete in all respect along with Earnest Money Deposit (EMD) of Rs. 1,00,000.00/- (Rupees One Lakh only) in the form of Demand Draft issued in favour of Finance Officer, Uttarakhand Ayurved University, D.Dun drawn on any scheduled bank payable at Dehradun and other requisite documents to the undersigned duly superscripted “Bid for Tender before 03.00 PM on 12 January, 2017. The bids received after this deadline shall not be entertained under any circumstances whatsoever.

NOTE: The EMD and Tender Fee draft should be put in the envelope containing Technical Bid failing which the tender shall be rejected forthwith.

4. The sealed envelopes are to be deposited in the tender box placed at the office of Registrar, Uttarakhand Ayurved University, D.Dun or may be sent through registered/speed post/by hand addressed to The Registrar, Uttarakhand Ayurved University, D.Dun – 248001. Bids sent by COURIER will not be entertained.

5. Technical Bids will be opened on 12.01.2017 at 03.30 PM in the presence of bidders or their authorized representatives who wish to participate in the bidding process. If the opening date happens to be a closed day/holiday, the tender will be opened on the next working day.

6. Any future clarification(s) and / or corrigendum(s) shall be communicated by the Registrar Office through the website www.uau.ac.in

7. Registrar, UAU, D.Dun reserves the right to amend or withdraw any of the terms and conditions contained in the Tender Document or to reject any or all tenders without giving any notice or assigning any reason. The decision of the Registrar, UAU, D.Dun in this regard shall be final.

(Registrar)

Uttarakhand Ayurved University, Dehradun

Page 4: Last Date :- 12-01-2017 upto 03:00

GENERAL INSTRUCTIONS TO THE TENDER

1. The tender is “Two Bid’ document. The technical bid should contain all the relevant information and desired enclosures in the prescribed format along with Earnest Money Deposit (EMD). The financial bid should contain only commercial. In case, any bidder encloses the financial bid within technical bid, the same shall be rejected summarily.

2. The tender Document can be downloaded from the website of UAU, D.Dun i.e. www.uau.ac.in

3. The Tenders should be typewritten or handwritten but there should not be any overwriting or cutting. Correction, if any, shall be made by neatly crossing out, initialing, dating and rewriting. The name and signature of bidder’s authorized person should appear on each page of the application. All pages of the tender document shall be numbered and submitted as a package along with forwarding letter on agency’s letter head.

4. The Contracts concluded as a result of this Tender Inquiry shall be governed by the ‘Terms & Conditions’ and other relevant instructions as contained in this Tender Document.

5. The prices/rates quoted should be indicated in words as well as in figures.

6. Bidders are requested to quote their prices on a firm & fixed basis for the entire period of the Contract. Bids of the firms received with prices quoted on variable basis shall be rejected straightaway.

7. Quotations qualified by such vague and indefinite expressions such as “subject to prior confirmation”, “subject to immediate acceptance” etc. will be treated as vague offers and rejected accordingly.

8. Bidders are requested to enclose a copy of their valid certificate of PAN No., TAN No, Sale Tax/VAT No./Service Tax No. or any other document as requested by the University with their tender.

9. Tenders received without Tender Fee and EMD amount by way of demand draft in favour of Finance Officer, Uttarakhand Ayurved University, D.Dun will not be considered at all.

10. Refund of Earnest Money Deposit: The EMD submitted by unsuccessful bidders shall be returned to them without any interest whatsoever, within 15 to 90 days after conclusion of the contract with successful bidder. The EMD submitted

Page 5: Last Date :- 12-01-2017 upto 03:00

by successful bidders shall be returned to them after the successful bidder deposits the performance security according to conditions stipulated in the bid document.

11. Bidders may note that if the date of tender opening given in this Tender Document is declared to be a gazetted holiday, the tender shall be opened on the next working day at the same timing. In such an event the closing hours for receipt of tenders in UAU will stand automatically extended up to 03.00 PM of the next working day in the Government offices.

12. Late/delayed tenders received in UAU due to any reason whatsoever will not be accepted under any circumstances.

13. At any time prior to date of submission of tender, Tender Inviting Authority may, for any reason, or decision, modify the terms & conditions of the tender document by a corrigendum displayed on the website of UAU, Dehradun (www.uau.ac.in). In order to provide reasonable time to take the amendment into account in preparing their bid, Tender Inviting Authority may or may not, at his discretion, extend the date and time for submission of tenders.

14. Tendering firms are at liberty to be present or authorize a representative to be present at the opening of the tender at the time and date as specified in the Schedule. The name and address of the representative authorized to attend the opening of the tender on behalf of a tendering firm should be indicated in the tender. The representative so deputed should also bring with him a letter of authority from the firm for having been authorized to be present at the time of opening of tender. Only one representative per firm shall be permitted to attend the opening of the tender. The name and address of permanent representative of the firm, if any, should also be indicated in the tender. Representatives of firms who have not submitted the tender or representatives not possessing authority letter from the bidders or outsiders shall not be allowed to attend the tender opening process.

15. DOCUMENTS COMPRISING THE BID:

16. The bids prepared by the bidder shall comprise of (1) The Technical Bid and (2) Financial Bid:

Page 6: Last Date :- 12-01-2017 upto 03:00

TECHNICAL BID: - To qualify in the Technical bid the firm should have the minimum eligibility criteria; the firm in this regard should submit the following documents –

(a) Duly filled format of Technical Bid as per Annexure “1”.

(b) Copy of constitution or legal status of the sole proprietorship/ firm/company etc.

(c) Financial status: - The annual turnover of the firm should not be less than Rs. 01 Crore per annum. Copies of profit & loss account and balance sheets for the last three years should be enclosed.

(d) The technical bid should be accompanied by Demand drafts for bid security of the amount equal to sum of EMD amount as mentioned against each item applied for (refundable).

(e) Copy of Income Tax Return Filed Acknowledgements for last Three years.

(f) Copy of PAN Card.

(g) Copy of Sales tax/VAT registration certificate.

(h) The bidder must have adequate experience for supply/ execution of similar work in Govt. offices/ PSUs and other similar organizations. Necessary supporting documents like work orders for last three years to this effect must be submitted along with the offer.

FINANCIAL BID: - The financial bid shall contain:

(a) Price Bid Form [as per Annexure – 2]

17. SUBMISSION OF BIDS

12.1 SEALING AND MARKING OF BIDS: The bidder shall wax seal the Technical and Financial Bids in separate envelopes and keep them in a bigger wax sealed envelope. The Technical Bid shall bear the name “TECHNICAL BID OF Tender No. on the envelope, while the Financial Bid shall bear the name “FINANCIAL BID of Tender No. on the envelope for avoiding any mismatch.

Page 7: Last Date :- 12-01-2017 upto 03:00

12.2 The bigger envelope containing technical and financial bids in separate envelopes shall be:

(a) Addressed at the following address: Registrar, Uttarakhand Ayurved University, Dehradun-248001.

(b) All the envelopes shall bear the Tender name, the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).

(c) The envelopes shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is declared ‘late’ or rejected.

(d) Bids shall be delivered in person and shall be dropped in the tender box placed in the office of the Registrar, Uttarakhand Ayurved University, Dehradun or shall be sent by Registered/Speed Post/By Hand. Bids sent by COURIER will not be entertained. The Purchaser shall not be responsible if the bids are delivered elsewhere.

(e) Venue of Tender Opening: Tender will be opened in the office of the Registrar, Uttarakhand Ayurved University, Dehradun at 03.30 PM on the due date. If due to administrative reason, the venue/ time of bid opening is changed, it will be displayed prominently on the notice board of the University as well as in the office of the Registrar, Uttarakhand Ayurved University, Dehradun.

Page 8: Last Date :- 12-01-2017 upto 03:00

BID PRICES:

13.1 The bidder shall give the total composite price inclusive of all levies and taxes (inclusive of VAT). The basic unit price and all other components of the price need to be individually indicated against the goods it proposed to supply under the contract as per price schedule given in Annexure-2. The offer shall be firm in Indian Rupees only. No foreign exchange will be made available by the purchaser.

13.2 Prices indicated on the Price Schedule shall be entered in the following manner:

(i) The price of the goods shall be quoted in total (inclusive of all taxes and levies) for each item.

(ii) The bidder shall quote only one price for each item and if more than one price is quoted under different options the rate quoted by him in the first option only will be valid and will be taken for evaluation for all the items given in schedule of requirement.

13.3 The prices quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non-responsive and rejected.

13.4 The unit price quoted by the bidder shall be in sufficient detail to enable the purchaser to arrive at prices of the items offered.

13.5 “DISCOUNT”, if any, offered by the bidders shall not be considered unless they are specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers, suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account.

13.6 The price approved by the Registrar, UAU for procurement will be inclusive of levies and taxes, packing, forwarding, freight and insurance as mentioned in para 13.1 above. Break up in various heads like Custom duty, Excise duty, Sales Tax, Insurance freight and other taxes paid/payable as per clause 13.2 is for the information of the purchaser and any changes in the taxes shall have no effect on the price during the scheduled delivery period.

Page 9: Last Date :- 12-01-2017 upto 03:00

14. TECHNICAL EVALUATION:

14.1 Purchaser shall evaluate the technical bids to determine whether they are complete, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.

14.2 Prior to the financial evaluation, the Purchaser will determine the substantial responsiveness of each bid to the Bid document. For purposes of these clauses, a substantially responsive bid is one, which conforms, to all the terms and conditions of the Bid Documents without material deviations. The Purchaser's determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

14.3 A bid determined as substantially non-responsive will be rejected by the Purchaser and shall not subsequent to the bid opening be made responsive by the bidder by correction of the nonconformity.

15. FINANCIAL EVALUATIONS AND COMPARISON OF SUBSTANTIALLY TECHNICAL RESPONSIVE BIDS:

15.1 The purchaser shall shortlist those who are eligible and have submitted substantially technical responsive bid for opening of financial bid. Successful Bidders would be called to attend opening of financial bids. The Financial Bids of unsuccessful bidders would not be opened and destroyed.

15.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the Purchaser. If there is a discrepancy between words and figures, the amount in words shall prevail. If the Supplier does not accept the correction of the errors, his bid shall be rejected.

15.3 The evaluation and comparison of responsive bids shall be done on the price of the goods offered inclusive of Levies & Taxes i.e., Sales Tax, VAT & Excise Duty, packing, forwarding, freight and insurance etc. as indicated in the Price Schedule in annexure-“2” of the Bid Document but exclusive of octroi/ entry tax which will be paid extra as per actual, wherever applicable.

Page 10: Last Date :- 12-01-2017 upto 03:00

15.4 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

16. AWARD OF CONTRACT: PLACEMENT OF ORDER

The Purchaser shall consider placement of orders for commercial supplies on those bidders whose offers have been found technically, commercially and financially acceptable and whose goods type have been approved/ validated by the purchaser. The Purchaser reserves the right to counter offer price(s) against price(s) quoted by any bidder.

17. PERFORMANCE BANK GUARANTEE & EXECUTION OF CONTRACT:

18. Firm whose offer is accepted will have to furnish Performance Bank Guarantee of an amount equal to 10% of the value of contract, in favour of Finance Officer, Uttarakhand Ayurved University, D.Dun issued by any scheduled bank.

19. The performance Bank Guarantee submitted should be valid for 06 months.

20. The Performance Bank Guarantee shall be refunded within 15 to 90 days after completion of the contract as per order, or after the expiry of contract on satisfactory completion of the same whichever is later.

21. No interest will be paid on Performance Bank Guarantee/ Earnest Money Deposit.

22. In case of breach of any terms and conditions of the contract or on unsatisfactory performance, the amount of security deposit shall be liable forfeited by Registrar, Uttarakhand Ayurved University, D.Dun and his decision shall be final.

23. The expenses of completing and stamping the agreement shall be paid by the bidder.

Page 11: Last Date :- 12-01-2017 upto 03:00

TERMS & CONDITIONS OF THE CONTRACT

1. Manner of Submission of Tender: The bidding should be done on two bid method viz 1) Technical Bid & 2) Commercial / Price Bid. The bidders should ensure that the Technical bid complete in all respect and containing the required enclosures (attested Photocopy) is sealed in a separate envelop and the commercial bid sealed in a separate envelop & both the sealed envelopes are kept and sealed in a suitable size of envelop. All envelop will be address to The Registrar, Uttarakhand Ayurved University, D.Dun The Sealed Technical bid Envelop of all bidders will be opened first. Only the Commercial bids of those who have furnished all the valid documents will be opened.

2. Language: The language of the Tender shall be in English.

3. Documents to Accompany Tender: The Tenderer shall submit the Documents mentioned in the clause 16 of General Instructions to the Tender.

4. The bidders must have at least 03 (Three) years experience in this job and credentials of Rs. 3 Lacks annually in this business in the last three years done in any Govt. Hospital directly. Credential Certificate in this regard must be furnished by the bidders along with their Tender.

5. The firm / agency must have requisite trade and other licenses to do the business of Surgical & Medical Equipment & Instrument for which the bid is being made.

6. Earnest Money Deposit: Each Tender must be accompanied with “Earnest Money Deposit” in the form of Demand Draft, as mentioned in the Notice Inviting Tender.

7. Forfeiture of Earnest Money:-

a) If the Bidders withdraw their Bids after opening of the same or the successful bidders withdraw their Bids after approval of their rates.

b) If the successful bidders fails supply or refused either partial or total offer (Acceptance) made by The Registrar, Uttarakhand Ayurved University, D.Dun.

Page 12: Last Date :- 12-01-2017 upto 03:00

8. Return of Earnest Money :-

a) After finalization of the Tender, the deposited Earnest Money will be returned back to the unsuccessful bidders.

b) On receipt of Security Deposit, the deposited Earnest Money will be returned back to the successful Bidders.

9. Deposition of Security Money:- The Selected bidders must deposit the requisite amount of Security Money (10% of the approximates value of accepted items) within the stipulated date specified in the acceptance letter. The approved firm shall deposit the Security Money in the form of Demand Draft/Bank Guarantee payable at Dehradun duly pledged in favour of Finance Officer, Uttarakhand Ayurved University, Dehradun.

10. Forfeiture of Security Money :-

a) In the event of failure to supply or maintain the equipment / instruments as per Work Order within the stipulated period, the security deposit may be forfeited.

b) In that event, supply of the said equipment may be taken from the next lowest bidder vide the same Work Order at contractors risk and cost without any farther reference, so that the loss incurred would be recoverable from the Security Deposit of the said contractor or from any sum due of which may become due to the contractors.

c) If any equipment/ instrument is damaged by the approved firm, cost of the same will be deducted from the deposited Security money of the contractor.

11. Refund of Security Deposit - After successful completion of entire supply and period of maintenance Security Deposit will be refunded within the six months if not extended for further period.

12. Submission of Documents:-

a) Each Tender must accompany attested photocopy of Pan Card, Trade License, Sales Tax Clearance Certificate / VAT Registration Certificate, Service Tax Registration Certificate, and Experience Certificate.

b) The bidder must submit attested photocopy of Income Tax, Sales Tax / VAT and Service Tax return of last three years.

Page 13: Last Date :- 12-01-2017 upto 03:00

c) In case of SSI unit, current SSI certificate must be deposited by the bidder along with his Tender which is issued in favour of the bidder for this type of jobs.

d) In case of Co-operative Society Limited, Companies etc. this type of jobs must be included in the object of their By-laws or MoA as the case may be.

13. Submission of the Tender:-

a) Bidder at their own cost shall have to submit Tender at the office of Registrar, Uttarakhand Ayurved University, Dehradun within the schedule date and time as mentioned in the Tender.

b) The said sealed documental bids will be opened by the Tender Purchase Committee in presence of the Bidders or representative of the Bidders who may be present in the opening date & time.

14. Rates:-

a) Rates should be clearly quoted in both in figures and words in respect of each item. Rate should be quoted inclusive of all Taxes. VAT & Service tax . All corrections must be initialed.

b) Rate should be quoted for all equipment / instrument in details as described in the tender schedule otherwise tender will be rejected.

15. In the event of the tender being submitted by a firm, it must be signed separately by each member thereof, or in the event of absence of any partners, it must be signed on his behalf by a person holding “Power of Attorney” authorizing him to do so. Such “Power of Attorney” is to be produced with the Tender and in the case of the firm, carried on by one member of Joint Family, it must be disclosed that the firm is duly registered under the ‘Indian Partnership Act”.

16. Necessary proof as to the financial status of the individual and firm tendering is to be attested and submitted.

17. Tender Form with all the relevant papers in details shall be essential part of the Tender.

Page 14: Last Date :- 12-01-2017 upto 03:00

18. Before submission of the Tender, Tenderer shall sign each page of his Tender and all of its relevant papers with date. The additional alternative and or subtractive clause (if any) shall also to be signed by the tenderer.

19. Warranty :- Contractor must provide Warranty as per established norms and mutually agreed terms.

20. Option Clause: - During the currency of the contract, the buyer (UAU, D.Dun) can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within currency of contract. The Bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option or not.

21. Repeat Order Clause:- The buyer (UAU, D.Dun) can order up to 50% quantity of the items under the present contract within six months from the date of supply/successful completion of the work, the cost, terms & conditions remaining the same. The bidder is to confirm acceptance of this clause. It would be entirely the discretion of the buyer to place the repeat order or not.

22. Disputes :- In the event of any dispute or disagreement arising between the contractors and any other department of UAU, D.Dun with regards to the interpretation of “Terms & Conditions” stipulated herein or in the contract done, the same shall be referred to the Registrar, UAU, D.Dun whose decision will be final and binding upon the contractor.

23. Rate must be valid for entire tender period (One Year), which, if the University authority desires, may be extended for further period issuing proper notification.

24. Acceptance of lowest tender is not obligatory.

25. The UAU, D.Dun reserves all rights to accept or reject any Tender without showing any reason.

26. The Tender, submitted by the firm who have already been declared as Black Listed or whose contract was terminated for dissatisfactory supply or repairing works or who was unable to execute any repairing order in this hospital or in any other Hospital run by the state or central government., will not be considered even his being the lowest rate.

Page 15: Last Date :- 12-01-2017 upto 03:00

27. Regarding Supply and Charges for repairing, Abnormal Low Rate or Abnormal High Rates (in comparison to the market Rate) will not be considered.

28. The approved firm, after supplying the equipments, have to deposit the spares (if any) to the in-charge of the respective user Department which should be shown clearly in the Service Reports duplicate copy of which must be furnished to the UAU, D.Dun Store. The repairing bill may be submitted after execution of the work order satisfactorily along with the Service Report duly certified by the in-charge of the respective user Department.

(Registrar) Uttarakhand Ayurved University,

Dehradun SIGNATURE OF THE BIDDER

Page 16: Last Date :- 12-01-2017 upto 03:00

ANNEXURE “1”

TECHNICAL BID FORMAT:

1 Name of the firm/ Society/ Company/ Proprietary

Concern

2 Address of registered office

4 Telephone Nos./Fax/E-mail

5 Earnest Deposits money (EMD) Yes/No

6 EMD Details FRD/Bank Draft No. Dated Amount

(In Figures) Amount (In Words)

7 Banker of Company/ Firm/agency with full address

(Attach certified copy of statement of A/c for the last

year) Telephone Number of Banker

8 PAN / GIR No. (Attach attested copy)

9 VAT/SALE TAX Reg. No. (Attach attested copy)

10 Service Tax Registration No. (Attach attested copy)

11 Details of clients along with address, telephone and

Fax numbers, Amount of contract, Duration of

contract (Attach a separate sheet)

12 12 Proof of financial status in form of Audit Report,

Balance Sheet, Profit & Loss A/c along with all the

schedules etc. For the last three financial years.

Average Annual turnover of at least Rs. 01 Crore.

Page 17: Last Date :- 12-01-2017 upto 03:00

13 Enclose an affidavit duly certified by (enclosed/Not

enclosed) the notary at the location of the

Agencies/Head quarters that the tenderer has never

been black listed or punished by any court for any

criminal offence/breach of contract and that no

police/vigilance enquiry/criminal case is pending.

(Signatures of the authorized signatory with seal of tendering firm)

Date: Name:-

Place: Address:-

Mob. No. -

Page 18: Last Date :- 12-01-2017 upto 03:00

ANNEXURE “2”

PRICE BID FORM

To, The Registrar,

Uttarakhand Ayurved University, Dehradun.

Dear Sir,

1. I/We .......................................................................................submitted the bid for Tender No. 3364/UAU/Tender/2016-17 dated 10.12.2016 for “Supply of Medical Equipments” to Uttarakhand Ayurved University, Dehradun.

2. I/We thoroughly examined and understood instructions to tenders, scope of work, terms & conditions of contract given in the tender document and those contained appendix of Terms & Conditions of contract and agree to abide by them.

3. I/We hereby offer to supply of Medical Equipments at the following rates. I/We undertake that I/We are not entitled to claim any enhancement of rates on any account during the tenure of the contract.

Sl. No.

Items Qty. Rate Quoted (In Figures)

Rate Quoted (In Words)

1

HOSPITAL FOWLER BED DELUXE ( SIZE:198L x 90W x 60H Cms. Frame work made of Rectangular M.S.Tube 4 section Top Made of perforated M.S.Sheet Back Rest knee Rest Maneuvered by seprate screw from Foot End Location for Telescopic IV Rod with Four location Bed Mounted on 10cm Dia Caster two with Bracks. & Two without Breaks with S.S. Laminated Pannals Epoxy Powder Coated

1

2 HOSPITAL SEMI FOWLER BED DELUXE ( SIZE:198L x 90W x 60H Cms. Frame work of strong & precis steel tubes having H type legs on rubber stump. Having two section top of perforated CRCA Sheet duly machine press bent, with mattress guard. Laminated Pannals fitted with S.S. head & foot bows. Backrest section maneuvered by crank mechanism from foot end Provision for four location for I.V. Rod with epoxy powder coated finish.125MM

1

Page 19: Last Date :- 12-01-2017 upto 03:00

3 HOSPITAL PLAIN BED DELUXE ( SIZE:-198L x 90W x 60H Cms.} Main Frame of rectangular pipe, perforated CRCA Sheet top with mattress guard. Having H type Legs on rubber stumps Tubular head and foot bows with vertical tube supports Provision for four sline rod with pretreated epoxy powder coated finish.

1

4 PEDIATRIC BED WITH SIDE RAILINGS ( 137L x 76W x 60h cms)Frame work of rectangular pipe perforated CRCA sheet top steel tubes mounted on rubber stumps with powder coated safty side railings epoxy powder coated finish.

1

5 SI-1131 OVER BED TABLE (Size: 106L x45W x 95H) Lmainated Board top fitted on tubular steel frame work on four 5cm swivel castor

1

6 SI-1111 INSTRUMENT TROLLEY STAINLESS STEEL: Frame work of Stainless Steel on 10cm castor two S.S. Shelves with Three Side Railings on Top Shelf Size: 76L x 46W x 85Hcms

1

7 SI-1110 DRESSING TROLLEY STAINLESS STEEL Frame work of Stainless Steel on 10cm castor two S.S. shelves with Four side railings on top shelf and Two S.S Bowel Size: 76L x 46W x 85Hcms

1

8 MEDICINE TROLLEY WITH 4 DRAWERS ( 76L x 46W x 81H) Frame work of squire CRC tube mounted on 10 cm castors two S.S.Shelves with three side railing on top shelf two drawer under the each shelf pretreated epoxy powder coated

1

9 CYLINDER TROLLEY SMALL Tubular frame work two 10cm castor M.S.Sheet base plate pretreated epoxy powder coated finish

1

10 SI-1139 OBESTETRIC LABOUR TABLE TELESCOPIC TYPE (72" x 27" x 30") Obestetric & Labour table with three section table top. Legend section can slide completely under the main section, facility for Trendelburg position, backrest adjustable on ratchet system complete with side railings, hand grips & Lithotomy rods with straps Epoxy powder coated finish WITH MATTRESS

1

11 EXAMINATION TABLE (183L x 60W x 81H) Frame work of CRC Tubes Legs fitted PVC Stump. CRC sheet top in two section back rest section adjustable on ratchet Pre Treated and epoxy powder coated finish WITH MATTRESS.

1

12 STRETURE ON TOLLEY (210L x 56W x 82H) Stainless Steel TOP Steel Tubular frame work of trolley mounted on 15cm dia sweivling castor Removable streture top made of S.S.Sheet

1

Page 20: Last Date :- 12-01-2017 upto 03:00

13 SURGICAL OPERATING TABLE HYDRAULIC SIDE END CONTROL A single action twin concealed cylinder hydraulic pump controlled by foot pannel.Fully S.S. covered base mounted on heavy duty Castors with auto floor locking system. The Detachable leg section provided easy lithotomy positioning. Five section S.S.Top with large perineal cutout for drainage tray built in kidney bridge.

1

14 MATTRESS FOR SURGICAL O.T.TABLE 1 15 BED SIDE LOCKER (GENRAL) 36L x 40W

x 81cms Tubular pipe construction fitted PVC stumps assembled to M.S. Cupboard Stainless steel top

1

16 BED SIDE SCREEN 3 FOLD WITH CURTAIN (66"H x 96"L) Tubular frame work mounted on 5cms castor with curtain hook and curtain springs pre treated epoxy powder coated finish

1

17 FOOT STEP DOUBLE ( 50"x40"x40") Complete Finishing in Stainless Steel Pipe and Top S.S.Tubular legs fitted with PVC Stump S.S.Top

1

18 PATIENT STOOL REVOLWING S.S.TOP Height 45cm and Max 68cm. M.S. Tubular Three leg fitted with PVC Stumps foot ring supports 18" to 27" Adjustable height S.S. top through screw Pre treated epoxy powder coated finish

1

19 KICK BUCKET /SPUTAM STAND with S.S. Basin with Rubber Stump

1

20 SALINE STAND ( I.V.STAND) M.S Tubular pipe Five leg base with 5cms castor S.S.adjustable Rod with double hook.

1

21 BABY CRADLE ( 36"X15"X39") M.S.Tubular pipe Stand fitted with PVC stumps Wire mesh hanging cradle

1

22 PHOTOTHERAPY UNIT WITH BASINET Double Surface with LED (I.S.I.)

1

23 INVALID WHEEL CHAIR FOLDING IMPORTED (42" X27"X35") 17" Cushioned seat & back Fixed armrests Front with 5" Solid Casters & Rear 26" Solid Wheel with brakes. Finish Epoxy Powder coated.

1

24 SUCTION MACHINE ELECTRIC MAJOR WITH I.S.I.½ H.P. Motor with highly efficient oil immersed pump mechanism

1

25 SUCTION MACHINE ELECTRIC MAJOR WITH I.S.I. ¼ H.P. Motor with highly efficient oil immersed pump mechanism

1

26 SURGICAL INSTRUMENT TRAY WITH COVER STAINLESS STEEL FINE QUALITY 18" X 12"

1

27 KIDNEY TRAY 12" 1 28 BABY RECIVING TRAY 18” X 12” 1 29 INSTRUMENT STERLIZER ELECTRICALLY

OPERATED STAINLESS STEEL FINE QUALITY 20" x 8" x 7.5"

1

30 SEAMLESS DRESSING DRUM MADE BY 1

Page 21: Last Date :- 12-01-2017 upto 03:00

18G STAINLESS STEEL SHEET 14” X9”

31 SEAMLESS BASIN FINE QUALITY 16” 1 32 FUMIGATOR MACHINE 5 LTR CAPACITY

STAINLESS STEEL 1

33 BED PAN MALE & FEMALE STAINLESS STEEL

1

34 URINAL POT STAINLESS STEEL MALE & FEMALE

1

35 X-RAY VIEW BOX FIBER UNBREAKABLE BODY WITH LED

1

36 STAINLESS STEEL AUTOCLAVE 12”X 20” 1 12” X 15” 1

37 ALLUMINIUM AUTOCLAVE 12” X 20” 1 16” X 24" 1

38 Mobile LED O.T.Light /Celling Mounted LED OT Light 4 Reflector Imported Degine Four LED Dome spring balance 3W LED bulb total no. of bulb 72 light diameter 9" Light Power Lux 95000 @ 1mt or more in single dome light filed diameter adjustable to 18-30cm Dome have sealed lenses made of shatter resistant alluminium metal producing a homogeneous light on the operating area without any shadow. LED lamp have service life of 50000hrs or better

1

39 Slit Lamp AIA 11 1 40 Motorised Table for Slit Lamp 1 41 Electric Motorised Operation Table For

Eye with Motorised Chair S.S. 1

42 Jumbo Oxygen Cylinder aprox 6000ltr. 1 43 4” Thic Foam Mattress with Rexin Cover

For Semi Fowler Bed Two Section 40 Density with Leatherelite cover 6.25ft x 3ft x 4”

1

44 4” Thic Foam Mattress with Rexin Cover For Fowler Bed Four Section 40 Density with Leatherelite cover 6.25ft x 3ft x 4”

1

45 4" Thic Foam Mattress with Rexin Cover for Pediatric Bed 40Density

1

46 4” Thic Foam Mattress with Rexin Cover For Plain Bed 40 Density with Leatherelite cover 6.25ft x 3ft x 4”

1

47 Bed Sheet White 150x 230cm Fine Bombay 1 48 Pillow Fiber Fine Light Weight Recron

Polyffil 1

49 Pillow Cover White Cotton Fine 1 50 Woolen Blanket Camel color (150 x 230cm) 1 51 Towel White Fine 27” x 54” 1 52 Medicine Rack 6.25ft with Five Selves 1 53 Medicine Distribution Rivolwing Stool Long

Socker Base 1

54 B.P. Instrument Stand Type Fine Heavy 1 55 Plastic Dustvin 40LTr for Hospital Garbaz

(Red,Yellow,Green,Blue) 1

56 Garbaz Bag Per Kg. 1

Page 22: Last Date :- 12-01-2017 upto 03:00

57 IFT (Interferential Therapy) 1 58 SWD 500W (Shortwave Diathermy 500W) 1 59 IIR (Infra Red Lamp) 1 60 Examination Table 6ftL x 20”W 1 61 Mattress for Examination Table 2” Foam

Mattress with Rexin Cover 1

62 Green Bed Sheet for Examination Table 1 63 Patient Rivolwing Stool S.S.Top 1 64 Absorbent Cotton 500gm. 1 65 Micropore Tape 2” 1 66 Ultrasound Therapy (1 & 3 MHz) 1 67 Electrical Energy TENS Four Channal

(Trans cutaneous Nerve Stimulator 1

68 Hydrocollator with Hot Packs 1 69 Quadriceps Table 1 70 Shoulder Exercise Unit (Shoulder Wheel ) 1 71 Wrist Excerciser 1 72 Hand Excerciser 1 73 Abduction Ladder (Shoulder Ladder) 1 74 Paraffin wax 1 75 Foot steps 1 76 Pillow with Leather cover for examin table 1 77 Classic gel 1 78 Voloni gel 1

CARDIOGRAFIC/MONITORS

S.NO. NAME OF EQUIPMENT QTY

79

ECG MACHINE SINGLE CHANNAL DIGITAL & AUTO MANUAL Single channel ECG recorder complete digital desine LCD Display waveform parameters

1

80

(MULTIPARAMETER MONITOR) (B.P.L.) 7” (17.8cms) Colour TFT LCD Screen with LED back light,ECG,SpO2, and NIBPArrhythmia indication24 Hours Graphical and Tabular TrendZoom option in graphical trendUser selectable colour schemeSeprate visual alarm indicators for ECG,SpO2 & NIBPAudible alert tonesBuilt in Rechargeble Battery.

1

81

PULSE OXYMETER B.P.L. Main Features 7” (17.8cms) Colour TFT LCD Screen with LED back light Parameter Display- Plethysmograph, Single strength Numeric value of SpO2 and Pulse Rate.Trend of SpO2 and Pulse Rate for 24 hourse Pitch tone variation for diffirent SpO2 valuesBuilt in Rechargeble NiMH batteryReal time clockCNS-Medius+ Connectivity (BPL)

1

82

OXYGEN CONCENTRATOR: Dual outlet shorter setup and testing time maintenance free Rotary Poppet valve dual audio alamrm system portable user friendly safe quite & reliable (BPL)

1

83 FEOTAL DOPLER Feotal Heart Monitor 1

Page 23: Last Date :- 12-01-2017 upto 03:00

Digital B.P.L.

84

INFANT RADIANT WARMER OPEN CARE SYSTEM (Tiana ) Digital Microprecessor based controller comes standard with a full spectrum of features The Tiana open care system comes complete with autometic manual and baby (Servo) modes, Dual digital temperature displays allow easy visualization of patient temperature and set point skin temperature display can be converted from 0degree C to 0degreeF by the push of a buttona full complement of alarms provides safety and convenience, with both audible and visual indicators in the event of Height 1924mm x Lenth 884mm x Width 858mm Power supply-220V/50Htz Heater Power-650Watts Fuse 5 Amp

1

85 Vantoosh Set (Vaccume Extractor) with Fine Silicon Vantoos Cup

1

86 INFENTOMETER 1

87 Makintosh Sheet ( 10mtr Roll) 1

88 Catgut Cromic 4259 40mm needle ( 12Foil Box)

1

89 Silk Thread (mersilk) 1

90

Surgical Cautry 400 W Digital Display combined for cutting & coagulation, Maximum output 250W adjustable complete with Standard accessories i.e. surgical handle with cable, 5 surgical electrode, 1 insective plate 1 foot Switch,1 main Cord, 5 spre Fuses, Foam Rexin cover,

1

OT/GAYNAE INSTRUMENTS

S.NO. NAME OF EQUIPMENT QTY

91 M.T.P.Canula Set 1

92 Bull Dog Clamp special Clamp 1

93 Mastoird Retractor S.S. 1

94 Gall Bladder Forcep S.S. 1

95 Stone Kidney set of Four S.S.Special Instrument 1

96 Epistomy Scisser 6" S.S. 1

97 Lithotomy Forcep S.S. 1

98 Hernia Ring Forcep 1

99 Male Catheter Metal Set 1

100 Sterlizer Forcep Harrison 25cm. 1

101 Willett's Forcep Special 1

102

Viginal Speculam Cusco's Matfinish Small Medium Large

1

103

Viginal Speculam Sims Duckwill Matfinish Small Medium Large

1

104 Utrine Sound 1

105 Veginal Depressure Sims 1

Page 24: Last Date :- 12-01-2017 upto 03:00

106 Utrine Qurettes Sharp Double ended 1

107 Hystectomy Clamp fine mattfinish st & Curved 1

108 Sponge Holding Forcep 10' 1

109 Green Armytage Forcep 25cm mattfinish 1

110 Ovam Forcep 25cm. Mattfinish 1

111 Vallsulam forcep 25cm 1x1 Teeth or 4:5 teeth 1

112 Midwifery forcep with Axis Traction s.s. 1

113 Utrine Scisser 1

114 Utrine Biopsy Punch Forcep 1

115 Biopsy Curettes Randalls 1

116 M.T.P. Canula set 1

117 Dialating & Curretting set Complete in case with S.S.Instruments Fine 1

118 Dilivery Kit Complete with Suprior Instrument 1

119 Diver Retrcator 1" Stainless Steel 1

120 Diver Retrcator 2" Stainless Steel 1

121 Diver Retractor 3" Stainless Steel 1

122 Disposable Syringe 5ml. 1

123 Disposable Syringe 2ml. 1

124 Disposable Syringe 3ml. 1

125 Drip Set Fine 1

126 I.V.Canula 18,20,22 No. 1

127 I.V.Canula 24 No. 1

128 Folly’s Catheter 16,14 No. 1

129 Urine bag 2000ml. 1

130 Plain Catheter 1

131 Suction Catheter 1

132 Infant Feeding Tube 1

133 Hot Water Bottel Fine 1

134 Kelly’s Pad For Dilivery Table 1

135 Plastic Appren Fine Heavy 1

136 B.P. Blade all no. 1

137 Paper Tape all size 1

138 Adesive Tape 5” 1

139 Adesive Tape 10cm. 1

140 Thermameter Digital 1

141 Surgical Gloves Sterlized all no. 1

142 Unsterlized Gloves 1

143 Dispo Mask 1

144 Dispo Cap 1

145 Oxygen Cylinder B-Type 1300ltr capacity 1

146 Oxygen Rota Meter with Humidifier Bottel 1

147 Oxygen Cylinder Key 1

148 Rolled bandage 10cm x 4mt Fine 1

149 Rolled bandage 154cm x 4mt Fine 1

150 Gauze Than 55cm x 18mt 1

Page 25: Last Date :- 12-01-2017 upto 03:00

151 Bandage Than 20mt x 100cm 1

152 Creap Bandage 10cm 1

153 Creap bandage 15cm 1

154 Cotton 500gm 1 OPTHALMIC INSTRUMENTS

S.NO. NAME OF EQUIPMENT QTY

155 Bioplar Cautry for Eye (Appasamy) 1

156 Keritometer (Appasamy) 1

157 90 D Volk Lense 1

158 20 D Volk Lense 1

159 Near Vision test appratus Illuminated with handle 1

160 Eye Vision Drum 1

161 Instrument Sterlizer with Silicon Matts small Appasamy 1

162 Instrument Sterlizer with Silicon Matts Big Appasamy 1

163 Direct Opethelmoscope Imported ( Welch Alline) with Rechargeble battry 1

164 Indirect Opethelmoscope (Appasamy) 1

165 Ratinoscope Imported (Welch Allien) 1

166 Ratinoscope Imported (Welch Allien) with Rechargeble Battry 1

167 Trial Frame adjustable 1

168

Trial Lens set in plastic Rings with Imported lens upto 20.00Sph. & 6cylinder in case

1

169 Catract Set Complete with S.S. Instruments 18 items (Appasamy) 1

170 Vannis Scisser stainless Steel suprior 1

171 Opethelmic Needle Holder S.S. with catch barraquer 1

172 Castroveijo Needle Holder S.S. 1

173 Chalazia Clamp 1

174 Erigation Canula 1

175 Lid Retractor 1

176 Irish Forcep Stright & Curved S.S.Imported 1

177 Eye Speculam 1

178 Lensometer 1

179 Tonometer Imported 1

180 Blade Holder 1

181 Supiriour Rectus Folding forcep 1

182 Cornial Scisser 1

183 Suture Tying Forcep St & Curved 1

184 Mosquito Artery Forcep 1

185 Limbs Forcep 1

186 Needle Holder 1

187 Lense Dialer 1

Page 26: Last Date :- 12-01-2017 upto 03:00

LABORATORY EQUIPMENTS S.

NO. NAME OF EQUIPMENTS QTY

188 Heamotology Cell Counter (CBC) Doble Chamber Made in Japan MK-6420 1

189 Binoular Microscope 1

190 X-Ray Machine 100MA Mobile 1

191 Semi Auto Biochemistry Analyzer (MICRO) 1

192 Binocular Microscope (Olympus) Magnus 1

193 Autoanalyzer for Urine Examination 1 ANATOMY DEPARTMENT

S. NO. NAME OF ITEMS QTY

194 Machine for Bones and Brain Desectinng 1

195 Glass Jar Diffirent Size 1

196 Dissection Table Full Size Stainless Steel 304G 1

197 Dissection Table Half Size Stainless Steel 304G 1

198 Deep Freezer Digital -20° Temp. 1

199 Deep Freezer Digital -20° Temp. for 4 Bodies 1

LABORATORY AND PATHOLOGICAL ITEMS

S.NO. NAME OF ITEMS QTY

200 WBC Dialuting Fluide 500ml 1

201 RBC Fluide 125ml. 1

202 Sodium Citrate 500GM 1

203 Sodium Nitropruside 500gm. 1

204 Liquid Amonia 500ml. 1

205 Acetone 500ml. 1

206 Glacial Acitic Acid 500ml. 1

207 Bendict Solution 500ml. 1

208 Fahlings A Solution 500ml 1

209 Fahlings B Solution 500ml 1

210 Sulphar Powder 500gm. 1

211 Glucose 500gm. 1

212 Blood Guoup Kit 1

213 Lismen Stain 250ml 1

214 Sprit 1ltr 1

215 Distril Water 5ltr 1

216 Con HNO3 500ml. 1

217 Bile Salt 100gm. 1

218 capilary Tube 1

219 Bloting Paper 1

220 Savlon 1ltr 1

221 Disposable Gloves Medium (100pc) 1

222 Test Tube Stand 1

223 ESR Tube westgreen 1

224 ESR Tube Wintrove 1

225 Dropper 1

Page 27: Last Date :- 12-01-2017 upto 03:00

226 Urine Collection Pot (100Pc) 1

227 Test Tube 5ml. (Box) 1

228 Test Tube 10ml (Box) 1

229 Glass Slide (50pc) 1

230 Pippett 1

231 Disposable Syringe 5ml. 1

232 Disposable Syringe 10ml 1

233 Disposable Syringe 2ml. 1

234 Dispo Needle 1

235 Lancet 1

236 EDTA Vial 1

237 New Bar Chamber 1

238 Shali Heamoglobinometer 1

239 Test Tube Holder 1

240 Sprit Lamp 1

241 Surgical Tray Medium 1

242 RBC Pippett 1

243 WBC Pippett 1

244 Cell Counter 1

245 Electronic balance 1mg-500gm 1

246 Fridge 215 Ltr 1

247 Turniquie 1

248 Cover Slip 1

249 Filter Paper 1

250 Sahli's Squire Tube 1

251 HB Pipette 1

252 Dropper Glass 1

253 Glass Rod 1

254 WBC Pipette 1

255 Red Cell Pipette 1

256 Incubator 1

257 Wintrove tube 1

258 Pasteurs Pippett 1

259 Centrifuge machine 16 Tube 1

260 Westregrens Pipett 1

261 Rubber Teat 1

262 Westergres.s Stand 1

263 Litmus Paper 1

264 PH Indicator Strip 1

265 Urinometer 1

266 Multistix 1

267 Bunsen Burner 1

268 Test Tube Holder 1

269 Spirometer 1

270 Glass Jars with Lid 1

271 Glass View Rack 1

272 Magnifying Lens 1

Page 28: Last Date :- 12-01-2017 upto 03:00

273 Water bath 1

274 Separating Funnels 250ML 1

275 Stop Watch 1

276 Ultraviolet Lamp 1

277 Hot Air Oven 1

278 Sodium Floride Vial 1

279 Tips Small Pkt 1

280 Tips Big Pkt 1

281 Heamocytometer 1

282 Water Distillation Still 1

283 PH Meter Electric 1

284 Hydrometer 1

285 Viscometer 1

286 Surgeon Gown Green 1

287 Doctor Coat half Sleeves Fine Terikot 1

288 Cut Sheet Green 1x 1.5mtr 1

289 Draw Sheet 1 x 1.5mtr 1

290 Gynac Sheet 1x1.5mt 1

291 Syringe & Needle Distroyer Electric 1

292 Reagent Bottel 1

293 Reagent Bottel Rack 1 CLINICAL PATHOLOGY DEPARTMENT

S.NO. NAME OF EQUIPMENT QTY

294 Blood Suger Kit 2x20ml. Erba 1

295 Blood urea Kit Erba 1

296 Creatanin Kit 4x50ml Erba 1

297 Uric Acid Kit Erba 1

298 Serum Bilrubin Erba 1

299 SGOT Kit 4x20ml Erba 1

300 SGPT Kit 4x20ml Erba 1

301 Alkline Phosphate Erba 1

302 Total Protine Erba 1

303 S. Iron 2X100ML Erba 1

304 Chlestrol Kit 3x50ml Erba 1

305 HDL Erba 1

306 RA Factor 25T 1

307 C.R.P. Tes 25T 1

308 V.D.R.L. Test Strips 1

309 Widal Test 1

310 HBsAg Kit 100 Test J.Mitra 1

311 HIV Test Card 100 Test 1

312 Maleria Antigen 1

313 Typhidot 40Test 1

314 Dangue Test Card 10 Test 1

315 Pregnancy test Card 1

316 Uristix 1

317 Sodium Citrate 500GM 1

Page 29: Last Date :- 12-01-2017 upto 03:00

318 Lismen Stain 250ml 1

319 WBC Dialuting Fluide 500ml 1

320 Dravkin Solution 5ltr 1

321 EDTA VIAL 1

322 Plain Vial 1

323 Disposable Syringe 5ml. 1

324 Disposable Syringe 3ml. 1

325 Disposable Syringe 2ml. 1

326 Disposable Needle 26 No. 1

327 Blood Group Kit Ant ABD 10ml. 1

328 Tips Small 1

329 Tips Big 1

330 Glass Slide (50Pcs) 1

331 PM Kit For Analyzer V2 1

332 Distril Water 5ltr 1

333 Test Tube 12 x 75 1

334 Urine Collection Container 1

335 Dropper 1

336 Test Tube Stand 1

337 ESR Tube Wintrove 1

338 ESR Tube Westgreen 1

339 Tissue paper 1

340 Face mask 100Pcs 1

341 Dispo Cap 100Pcs 1

342 Savlon 1ltr (Antiseptic Lotion) 1

343 Surgical Sprit 400ml. 1

344 Sprit Lamp 1

345 Litmuss Paper 1

346 Capilary Tube 1

347 Blotting Paper 1

348 Tourniquit 1

349 Shaker 1

350 Colorimeter (Photoelectric) Beccon 1 ANATOMY LAB

S.NO. NAME OF ITEMS QTY

351 Formalin 1Ltr 1

352 sprit 1Ltr 1

353 Glycrine 25Ltr 1

354 Methline Blue 50gm. 1

355 Led Sindoor 250gm 1

356 Cetrimide 50ml. 1

357 Eucalyptus Oil 100ml. 1

358 Acetone 500ml. 1

359 Dissection Table Sets 1

360 Bone Cutter No.3/4,1/2,1/4,1/8. 1

361 Bucket & Mug 1

362 Gloves powder 400gm. 1

Page 30: Last Date :- 12-01-2017 upto 03:00

363 Surgical Gloves 100Pcs 1

364 Surgical Blade 1

365 Soap 1

366 Disposable Syringe 20ml. 1

367 Disposable Syringe 10ml. 1

368 Disposable Syringe 5ml. 1

369 Towel 1

370 Dustvin 40Ltr 1

371 Rivolwing Stool SS Top 1

372 Wash Basin with Stand 1

373 Almirah Big 1

374 Open Rack 1

375 Complete Human Skelton 1

376 Bone Set 1

377

MODEL:-Nurves System, Muscular System,Circulatory System, Respiratory system,Digestive system,Urinary System each 2 1

378

MODEL:-Liver,Heart,Lungs,Brain,Stomach, Bladder,Spleen, Eye, Ear, Nose,Mouth,Dental each 2 Model 1

379

Chart: Nurves System, Circulatory System,Lymphatic System,Digestive System,Feotal Circulation,Skelton System, Muscular System,Excretory System,Urinary System, Eye,Ear,Nose,Mouth,Dental, Brain. 1

380 Test Tube 10ml 1

381 Urinometer 1

382 Dropper Plastic 1

383 Blood Lancet 1

384 N/10 HCL 500ml. 1

385 Glacial Acetic Acid 500ml 1

386 Liquid Amonia 500ml. 1

387 Sodium Nitropruside 100gm 1

388 Sodium Citrate 500ml. 1

389 HNO3 500ml 1

390 RBC Dialuting Fluid 1

391 PH Indicator Paper 1

392 Leisman Stain 500ml 1

393 Glass Urine Pot 500ml. 1

394 Conical Flask 250ml. 1

395 Plastic Pot 250ml. 1

396 Bile Salt 500gm 1

397 Benedict Solution 500ml 1 OT INSTRUMENTS

S.NO. NAME OF EQUIPMENT QTY

398 Proctoscope all size (Small, Med,Large) 1

399 Probe 1

400 Torch LED 1

Page 31: Last Date :- 12-01-2017 upto 03:00

401 Tuning Fork 1

402 ENT Set 1

403 Bull's Lamp 1

404 Towel Clips 1

405 Utres Holding Forcep Stainless Steel Imported 1

406 Kokhar Forcep 6" Stainless Steel Imported 1

407 Kokhar Forcep 8" Stainless Steel Imported 1

408 Kokhar Forcep 10" Stainless Steel Imported 1

409 Artery Forcep 8" Stainless Steel Imported 1

410 Artery Forcep 6" Stainless Steel Imported 1

411 Mosquito Forcep 6" Stainless Steel Imported 1

412 Scisser 8" Stainless Steel Imported 1

413 Mayo's Scisser 6' Stainless Steel Imported 1

414 Metzenbum Scissier 6" Stainless Steel Imported 1

415 Metzenbum Scissier 8" Stainless Steel Imported 1

416 Obstetric Forcep Stainless Steel Imported 1

417 Endotracheal Tube all no. Disposable 1

418 Skin Grafting Handle with blade 1

419 Self Retaining Retractor 1

420 Bladder Sound 1

421 Dissection Forcep 8' 1

422 Sinus Forcep 1

423 Intestinal Clamp Stainless Steel Imported 1

424 Dressing forcep Tissue Stainless Steel Imported 1

425 Babcok Forcep 6" Stainless Steel Imported 1

426 Babcok Forcep 8" Stainless Steel Imported 1

427 Suture Needle all size 1

428 Sponge Holding Forcep 10" Stainless Steel Imported 1

429 Right Angle Forcep 10' Stainless Steel Imported 1

430 Allies Forcep 6' Stainless Steel Imported 1

431 Allies Forcep 8' Stainless Steel Imported 1

432 Sigmoidscope 1

433 Ambu Bag Silikon Adult/Child 1

434 Proctoscope with Battry operated 1

435 Needle Holder 8" Stainless Steel Imported 1

436 Gabrial Syringe 1

437 Barron Pile's Gun 1

438 Stethoscope Fine Imported Finish 1

439 Surgical Scisser St & Curved 6”Fine German Steel 1

440 Needle Holder 6” German Steel 1

441 Artery Forcep 6” German Steel 1

442 Cheatle Forcep 10” Fine 1

Page 32: Last Date :- 12-01-2017 upto 03:00

443 Tooth Forcep 6” German Steel 1

444 Knee Hammar 1

445 Toung Dipressur Steel 1

446 Autoscope Imported (Heins)/Welch Allin 1

447 Ear Forcep 1

448 Laryngoscope 4Blade 1

449 Laryngoscope 3Blade 1

450 Nebulizer Imported Fine Heavy Philips 1

451 Weight Machine Adult Kurps Fine 1

452 Weight machine Child Krups Fine 1

453 Strech Meter Height Measruring Imported 1 454 COLOUR DOPLER (ULTRASOUND

MACHINE) 1

455 DIGITAL X-RAY MACHINE 1 456 X-RAY MACHINE 300MA 1 457 Dental Chair

1- Biult in X-Ray Unit (RVG Computable)

2- Built in oil free dental air compressor (Oil free 1HP Motor)

3- Built in auto drain motorized suction unit (with suction jar)

4- To intensity halogen light operated by foot control and panel.

5- Auto cut water connection for tumbler and spittoon.

6- Two water bottle booster (01 for the tumbler and 01for all instruments.)

7- Instruments tray with led X RAY film viewer

8- 01 Airrotor points with straight hand pieces (NSK PANA)

9- 01 Airrotor points with contra angle hand pieces (NSK PANA)

10- 01 Micro Motor with straight hand pieces (Marathon)

11- 01 Micro Motor with contra hand pieces (Marathon)

12- Three ways syringe 13- Pizomatic scalar with 05 tips

(woodpecker UDS A with LED) 14- Cordless Led light cure unit

(woodpecker) 15- West cotton holder 16- Multi function foot control 17- TFT Monitor stand with TFT 18- Doctor operating Stool

1

Page 33: Last Date :- 12-01-2017 upto 03:00

ROGVIGYAN LABORATORY

Sl. No.

Name of instrument QTY.

1 Binocular microscope 1 2 Microscope with oil immersion 1

3 Monocular microscope with oil emersion lens20(e)

1

4 X-ray view box 1

5 Sahli’s Square tube 1

6 Hb pipette 1

7 WBC Pipette 1

8 Dropper 1

9 Red cell pipette 1 10 Improved Neubauer chamber 1

11 Incubator 1

12 Wintrobe’s tube 1

13 Pasteur’s pipette 1

14 Centrifuge Graduated Machine 1

15 Westregrens pipette 1

16 Westergrens’s stand 1

17 Urinometer 1

18 Autoclave 1

19 Ultraviolet lamp 1

20 Cell counter (haemoautoanalyser) 1

21 BP Apparatus 1

22 Stethoscope 1

23 Thermometer 1

24 Tongue depressor 1

25 Stop watch 1

26 Physical balance 1

Page 34: Last Date :- 12-01-2017 upto 03:00

27 Hot air oven 1

28 Bunsen burner 1

29 Refrigerator 1

30 Sterile vessels/bottle to collect samples

1

31 Torch 1

32 Knee hammer 1

33 Measuring Tape 1

34 ENT examination set 1

35 Reflectors(Mirrors) 1

36 Weighing machine 1

37 Tuning Forks 1

38 Nasal speculum 1

39 Laryngoscope 1

40 Catheters 1

41 Probes 1

42 HBs Ag kit 1

43 HIV kit - Tridot (method by T Mitra) 1

44 CT and BT kit 1

45 Renal profile, LET kit, Lipid profile, Blood Sugar kit

1

46 Sterile disposable lancer/needle 1

47 Glass rod 1

48 Syringe needle destroyer 1

49 Cover slip 1

50 Cleaned slides 1

51 Litmus paper 1

52 pH indicator paper strips 1

53 Test tube 1

Page 35: Last Date :- 12-01-2017 upto 03:00

54 Separating funnels of various sizes 1

55 Glass Jars with lid of different sizes 1

56 Capillary Tubes 1

57 Rubber sheet 1

58 Magnifying lens 1

59 Water bath 1

60 Multi stix 1

61 Tray 1

62 Tube Cleaner 1

63 Test Tube Holder 1

64 Test Tube Rack 1

65 Slide Stand Rod 1

66 Practical Reagent 1

67 Calorimetre 1

68 Sprit(5 Litre) 1

69 Cotton Swab 1

70 Filtre Paper 1

71 Variable Pippete 1

72 Tips small & large 1

73. Tips stand 1

74 Tourniquet 1

DRAVYAGUNA DEPARTMENT

Physicochemical Instruments- 1 Chemical blance 1 2 Physical balance 1 3 Ph meter 1 4 Crucibles 1 5 Burners 1 6 Spirit Lamp 1 7 Test tubes with stand holder 1

Page 36: Last Date :- 12-01-2017 upto 03:00

8 Blotting/Fitter paper 1 9 Watch Glass 1

10 Mortor pastle(Creamic & Stove) 1 11 Spatula 1 12 Hot plate 1

RASASHASTRA & BHAISHAJYA KALPANA Khalva Yantra A Small 1 B Medium 1 C Porcelain 1 2 Tapta Khalvyantra 1 3 Heating Device 1 4 Vessels

(Assorted Size) 1

5 Pyrometer 1 6 Thermo meter 1 7 Koshti with Blower 1 8 Pulveriser 1 9 Disintegrator 1 10 Tablet making Machine 1 11 Electric Khalva 1 12 Soxhalet Apparatus 1 13 Percolater 1 14 PH Meter 1 15 Tablet Disintegration Time

Testing Machine 1

16 Tablet Hardness Testing Machine

1

17 Refractometer 1 18 Melting point Detector 1

BIO-MEDICAL LAB EQUIPMENTS

1 1. Laminar hood for cell culture-01 (one) Specification- o Laminar Air Flow Hood of stainless steel for animal cell culture o Horizontal Laminar Flow

Cabinets complete with HEPA filter having efficiency of 99.97%down on 0.3% microns.

o Pre filter efficiency 90% removal of 10 micron particle size.

1

Page 37: Last Date :- 12-01-2017 upto 03:00

o HEPA Filter efficiency 99.97% removal of 0.3 micron. o Suitable motor blowing assemblies o Working table should be Stainless Steel top with Side Acrylic panel o Fluorescent tube Lights & Pressure differential manometer & castor wheels. o Should have U. V. Light & Gas cork 8 Plexi doors. o Work table size (Usable Space) should be 4 X 2 X 2 feet o Chamber height should be 2 feet o HEPA filter type should be DOP Tested o Should have 1 HEPA Filters o HEPA Filter Media should be Non-Woven Micro Fibre Glass Pleated Paper o HEPA filter initial pressure drop should be <25 mwg o Should have 1 washable Pre Filter o Static pressure indicator should be Manometer-Oil Filled o Noise Level : <60 db o With atleast two year warranty

2 . Liquid Nitrogen cylinder-02 (two) Specification o The equipment should have the storage capacity of 25 Liters of liquid nitrogen o low liquid nitrogen consumption (static evaporation rate should be below 0.5L/day), o Static Holding time: 80 days or more o Outstanding temperature uniformity: samples are stored below -180°C, even when less than 2 in. o Durable and tamper proof lid and racks made of the light weight material. o The following accessories should be supplied along with the container. o Pair of Cryo gloves

1

Page 38: Last Date :- 12-01-2017 upto 03:00

o Roller base for easy move o Measuring stick to check the liquid nitrogen level With atleast two year warranty

3 Distilled water assembly- A minimum of 25liters capacity- 01 (One) Specification

o Capacity: to produce 1.5 L/hr.

o Made of high quality heat resistant glass cylinders and tubes and also resistant to minor damages.

o Boiler portion made of high purity and good quality borosilicate material along with water level indicator.

o Borosilicate condenser. o Heater is of high purity

electronic grade transparent quartz type. Should avoid contact of embedded boiler with water.

o Provision for easy cleaning and general maintenance of boiler.

o The resultant distillate obtained should be of high quality ultra pure water that is suitable for laboratory use including the HPLC operations.

o Distillate should be free from organic, inorganic and colloidal solids. Constituents, metallic ions including heavy metals and also pyrogen free.

o Distillation stand should be of high quality rust free metal with embedded clamps for perfect holding. Apparatus compatible with single phase electrical supply within 250 volts range.

o Energy efficient. o Provided with safety cutoff

device. o Parts should be replaceable. o ISO accredited. o With atleast two year

warranty

1

Page 39: Last Date :- 12-01-2017 upto 03:00

4 Fuming Chamber -1 (one) Extraction Fan (Centrifugal Blower): Construction Fan Made Of PVC Fabricated Casing Of Corrosion Proof PVC, Duly FRP Coated, having Condensate Drain Tube Fitted On the Lower most point Of the Casing, Capacity 900 CFM, Fan Mounted on a Suitable MS Stand with 2HP TEFC Type motor. Casing One piece PVC/FRP Impeller Forward curved centrifugal type impeller made of injection molded PPH. Metal Stand MS Epoxy coated. The unit shall have a drain plug. Air suction capacity 900 CFM. For Single Fume Hood. 1No. Per Fume Hood. About 900 CFM for Each Fume hood shall be ducted separately to each blower which will avoid reversal of Toxic gases back in the fume hood, confirming to International face velocity norms and as per fume hood airflow pattern. Motor Direct drive, asynchronous, three phase, IP55 Protection. Single speed: three phase 230/400 VAC -50Hz. 2HP Motor shall be outside the air stream.

1

5 Power pack for gel running assembly- 01 (one)

1

Page 40: Last Date :- 12-01-2017 upto 03:00

Specification

o Machine should have four out puts for running four electrophoresis units at any given time.

o Should be use for DNA, RNA & Protein electrophoresis.

o Compatible to run both vertical and horizontal electrophoresis units; also should be compatible for using blotting apparatus.

o Programmable output range of voltage 10 -300 V or better, 40-400mA or better current; constant voltage or constant current mode with timer range of 1 min to 99 hr 59 min.

o Should be compact, lightweight & stackable.

Dimensions should be 19 cm x 25 cm x 8cm

6 Ice Flaking Machine - 01 (one) Specification: o Ice Flaking Machine with a

capacity of 20 kg ice flakes per day and 5 kg storage.

o The instrument should have the electronically controlled operation feature (self-diagnostic functions with external alarm lights), pressure based water level monitoring system, corrosion-resistant

o Stainless steel external components, front door for easy access to ice flakes and filter-free air cooled condenser.

o The equipment should use CFC Free R-134 Refrigerant

o With atleast two year warranty

1

7 CO2 incubator– 01 (one) Specifications o Microprocessor controlled 170-

180 Ltr direct heat CO2 Incubator, temperature control from 1°C above ambient to 50°C, with control accuracy ±0.1°C.

o With six-sided direct heating

1

Page 41: Last Date :- 12-01-2017 upto 03:00

with finless, gentle convection circulation to provide stable temperature control, excellent uniformity and rapid recovery with no over shoots.

o System should have stackable facility.

o It should have CO2 control range from 0.2 to 20% with control accuracy and uniformity of ±0.1% and should have rapid recovery of at least 0.7% per minutes.

o It must have Infra-red (IR) CO2 sensor with programmable auto-zero function provide superior accuracy & stability. Its auto-zero function automatically adjust IR Sensor base line for optimum accuracy & operational security. No need for manual measurement or operator’s intervention.

o It should come with minimum 3 adjustable height shelves & humidity reservoir (removable) to achieve at least 95% RH.

o It should have independent door heater eliminate condensation on inner door surface.

o It should have HEPA filter on CO2 inlet.

o It should have high heat decontamination in system temp upto 120°C. During sterilization the system should operate without removing HEPA filter and CO2 Sensor.

o It should be ISO 9001 & European CE Certification.

o Warranty- two Year o Energy consumption should be

low. o Two co2 cylinder of a

minimum capacity 110 Ltr. each must be provided.

8 BOD Microbiological incubator -

01 (one) Specifications:

o Should be double walled body

1

Page 42: Last Date :- 12-01-2017 upto 03:00

with inner chamber of Stainless Steel (SS-304 grade) and outer galvanized steel with non-corrosive epoxy powder coated.

o Should have fully insulated dual wall door with magnetic rubber gasket and full length inner plexi-glass door.

o Should be castor wheel mounted tie easy movability and must be vibration free design.

o Should have Capacity: 100-120L with an internal fan for uniform air circulation

o Should have inner chamber with 3-4 detachable shelves of stainless steel and inner illumination with sleek fluorescent tubes.

o Should have temperature Control:

i. Microprocessor based with digital display and controlled.

ii. settable range of temperature: 5°C to 50°C with an accuracy of ± 0.5°C

iii. Uniformity: +/- 1.0°C throughout the chamber

o Should have door alarm: Low/high temperature alarm

o Should have microprocessor based controller for main, heating and cooling with separate indicator lights.

o Should have cooling: CFC free refrigeration

o Safety: Over and under temperature cut off over current break.

o Should be operable in power Supply of 210-240V/50-60 Hz and Power plug should fit on Indian system of electrical supply.

o Voltage stabilizer of suitable capacity for the instrument must be supplied along with.

o Manuals: Operation, maintenance & part list with detailed specifications must be provided in original (no

Page 43: Last Date :- 12-01-2017 upto 03:00

photocopy will be entertained). o Onsite operational &

maintenance Training of the staff will be done on mutually agreed date.

o Warranty: Instrument should have warranty for three years from the date of successful installation.

9 Laminar Air Flow for microbial

culture – 01 (one) Specifications:

Design:

o Vertical laminar flow cabinet o The exterior dimensions must

be at least WxHxD (in mm) 1050 x 750 x 1350 but should not exceed WxHxD (in mm) 1450 x800 x 1400.

o The Interior dimensions must be at least WxHxD (in mm) 850 x 600 x 630 but should not exceed WxHxD (in mm) 1200 x 650 x 650.

o Made up of stainless steel sheet (SS-304grade) interior and stainless steel sheet (SS-304grade) /epoxy/powder coated exterior steel sheet of at least 2mm thickness

o Door fully closing with hinged sash and thick transparent plexi glass or better.

o Solid one piece dished work surfaces of stainless steel sheet (SS-304grade).

o Support stand. Circulation:

o Down/Up flow velocity of 40-70 fpm, ISO Class 5 or higher air

o Automatic speed compensation system against clogged filter.

o Filters: HEPA filter, (99.99% efficient on particles 0.3 micron)/ULPA filter (efficiency of >99.999% at 0.1 to 0.3 micron sizes) provided with pre-filter)

Light:

1

Page 44: Last Date :- 12-01-2017 upto 03:00

o UV and sufficient illumination provided at least ≥800 lux for work space.

o Interlocking of UV light and illumination light with auto switch off/on Mode for blower when door is closed/open.

o Noise level: Should be ≤ 58dBA

o Gauges: For monitoring the condition of all HEPA filters as well as work space and microprocessor control system with digital display for air flow speed.

o Blower: Highly efficient centrifugal type with lifetime lubricated bearings.

o Should be operable in power Supply of 210-240V/50-60 Hz and power plug should fit on Indian system of electrical supply.

o Voltage stabilizer of suitable capacity for the instrument must be supplied along with.

o Manuals: Operation, maintenance & part list with detailed specifications must be provided in original (no photocopy will be entertained).

o Warranty: Instrument should have warranty for three years from the date of successful installation.

o Should be certified by CE or UL or EN12469 OR equivalent and certificate in this regard must be attached.

o With atleast two year warranty

(Signature of Authorised Person)

(Name)

(Designation)

Page 45: Last Date :- 12-01-2017 upto 03:00

Name of Firm/Company/Agency Contact Details

Page 46: Last Date :- 12-01-2017 upto 03:00

ANNEXURE “3”

Format of Experience certificate

Project Name

Name of the Employer*

Description of work

Contract No.

Value of Contract (Rs. In Lakhs)

Date of issue of work order

Stipulated period of completion

Actual date of completion

Remarks explaining reasons for delay & work completed)

* Attach certificate(s) of payments.

** Immediately proceeding the financial year in which bids are received.

Page 47: Last Date :- 12-01-2017 upto 03:00

ANNEXURE “4”

DETAILS OF SIMILAR WORKS EXECUTED DURING THE LAST 3 (THREE) YEARS

Name of the Agency.........................................

1 2 3 4 5 6 7 Contract no./Supply order No.

Name of Organization

Description of Contract/Supply

No. of Items Supplied

Value

Year of contract

Continuing (YES/NO)

Page 48: Last Date :- 12-01-2017 upto 03:00

ANNEXURE “5”

D E C L A R A T I O N

From:-

M/s...............................................

.....................................................

......................................................

To

Registrar, Uttarakhand Ayurved University, Dehradun-248001

1. I, ____________________________________Son / Daughter / Wife of Shri_______________________________ Proprietor/Director authorized signatory of the agency/Firm, mentioned above, is competent to sign this declaration and execute this tender document; 2. I have carefully read and understood all the terms and conditions of the tender and undertake to abide by them;

3. The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

4. I/We further undertake that none of the Proprietor/Partners/Directors of the organization was or is Proprietor or Partner or Director of any organization with whom the Government have banned /suspended business dealings. I/We further undertake to report to the Registrar, UAU, D.Dun immediately after we are informed but in any case not later 15 days, if any Agency in which Proprietor/Partners/Directors are Proprietor or Partner or Director of such a Agency which is banned/suspended in future during the currency of the Contract with you.

Yours faithfully,

(Signature of the Bidder)

Date: Name:

Place: Designation:

Seal of the Agency Address: